Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2012 FBO #3735
SOURCES SOUGHT

19 -- POST SHAKEDOWN AVAILABILITY FOR THE AEGIS DDG 51 CLASS SHIPBUILDING PROGRAM (PEARL HARBOR, HI)

Notice Date
2/13/2012
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
N00024 NAVAL SEA SYSTEMS COMMAND, DC 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
 
ZIP Code
00000
 
Solicitation Number
N0002412R2315
 
Response Due
2/21/2012
 
Archive Date
3/13/2012
 
Point of Contact
Grier Galloway, 202-781-5071 or grier.galloway@navy.mil; Megan Moore, 202-781-1923 or megan.f.moore@navy.mil
 
Small Business Set-Aside
N/A
 
Description
The purpose of this request for information is to conduct market research and request information for planning purposes, as described below, including to determine whether the procurement will be a small business set-aside. The Naval Sea Systems Command (NAVSEA) intends to conduct a full and open competition and release a Request for Proposals on or about 12 March 2012 for the accomplishment of the Post Shakedown Availability (PSA) for DDG 112. The PSA encompasses all the manpower, support services, material, facilities, non-standard equipment and associated technical data and documents required to prepare for and accomplish the PSA. The work to be accomplished will include correction of Government responsible trial card deficiencies, new work identified between ship custody transfer and the start of PSA, and the incorporation of approved engineering changes that were not incorporated during the construction period which are not otherwise the shipbuilder ™s responsibility. The scope of work for DDG 112 ™s PSA requires a deep water pier space within the repair facility suitable for safely berthing ships with drafts over 36 feet. Contract award is projected to be made in September 2012 with the PSA for DDG 112 commencing in May 2013. As currently planned, the schedule for DDG 112 PSA execution will be 14 weeks and will take place in the ship ™s homeport area in Pearl Harbor, HI. A dry docking period of approximately 21 days may be scheduled at Pearl Harbor Naval Shipyard during the PSA. This Request for Information (RFI) in no way binds the Government to offer contracts to responding companies. The information provided will assist NAVSEA in developing and further defining future procurement and acquisition strategies. Responses to this RFI should be limited to 10 pages or less (including any attachments) and include supporting materials that will allow NAVSEA to have an effective understanding of your company ™s capabilities, experience, and overall understanding of the requirements that NAVSEA has identified. The following information is requested: 1.Small Business Size Status 2.Facilities/Production Capabilities Description, to include the following: a.Production Shops b.Identify secure, controlled environment facilities available for combat systems and electronics equipment c.Warehouse/storage facilities to accommodate pre-positioning and long lead time material d.Pier/berthing location/capabilities, and characteristics, including the ability to berth ships with drafts over 36 feet e.Identify anti-terror/force protection measures that have been previously defined, approved and employed by the Contractor ™s facility(ies) f.Temporary offices for PSA Team Ship ™s Force g.Offices for the Contractor ™s Program Management Organization 3.Teaming/Partnering/Subcontractor Relationships 4.Manning by Ship Repair Trade by month for the Period from May 2013 to August 2013 5.Availability during the projected PSA planning and execution time period identified above 6.Any experience the company has in: a. Installation of radar-absorbent material on a DDG 51 Class ship or CG 47 Class ship b.Completion of a Selected Restricted Availability (SRA) on an in-service DDG 51 or CG 47 Class ship as a prime contractor. Any response to this notice/request for information (RFI) must be submitted to and received by the Government at the below address no later than 21 February 2012, 1800 Eastern Standard Time. Responses shall be submitted via email to Grier Galloway at grier.galloway@navy.mil and Megan Moore at megan.f.moore@navy.mil. The Government does not presently intend to select a source or award a contract based on the responses to this notice/RFI. This notice/RFI does not constitute an Invitation for Bids or Request for Proposals; responses are not considered offers and cannot be accepted by the Government to form a binding contract. The Government will not pay for any information developed or provided or any response to this notice/RFI. This notice/RFI shall not be construed as a commitment by the Government of any kind. Future information, if any, will be posted at the websites for Federal Business Opportunities (FBO) and NAVY Electronic Commerce Online (NECO), the same sites where this announcement is posted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002412R2315/listing.html)
 
Record
SN02673643-W 20120215/120213234928-9dff626b33ff02eae64e3c3a6f61d40e (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.